Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2014 FBO #4715
DOCUMENT

65 -- 544-15-1-045-0027 - Dialysis Machines PM - 544 - Attachment

Notice Date
10/20/2014
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
DORN VA MEDICAL CENTER;6439 GARNERS FERRY ROAD;COLUMBIA, SC 29209
 
ZIP Code
29209
 
Solicitation Number
VA24715R0035
 
Response Due
10/22/2014
 
Archive Date
12/21/2014
 
Point of Contact
JOSEPH LOCKE
 
E-Mail Address
.LOCKE@VA.GOV<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veteran Affairs, Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209 has a requirement for Semi-annual preventive maintenance of 20 pieces of hemodialysis equipment that is not under service contract or warranty. Service includes all labor, travel and mileage. The Government expects to award to a single contractor a contract which shall be Firm Fixed Price with a firm quantity and no option years. This requirement is being set-aside for Service Disabled Veteran Owned Small Business participation only. NAICS code for this requirement is 423450 with a small business size of 500 employees. Only offers from those firms regularly established in the business of providing this type of equipment will be considered. Subcontracting will not be allowed. All responsible sources may submit a proposal, which shall be considered. Any and all questions regarding this solicitation must be in writing and must include telephone number, fax number and point of contact to Attn: Joseph Locke, Contract Specialist, joseph.locke@va.gov. Please see solicitation for additional information regarding this requirement. PERFORMANCE BASED WORK STATEMENT 1. GENERAL: The Contractor shall provide all plant, labor, equipment, materials, supervision, test equipment, repair/replacement parts, schematic drawings necessary to perform a semi-annual preventive maintenance service, performance evaluations on Dialysis equipment located at Veterans Health Administration, William Jennings Bryan Dorn, Medical Center (WJBDMC) 6439 Garners Ferry Road., Columbia, South Carolina 29209. The equipment shall be maintained for operation and performance. All work shall be performed in accordance with the terms and conditions contained herein. 2. BACKGROUND: Following Dialysis Equipment required to have a semi-annual preventive maintenance. ManufacturerEE numberSerial NumberModelEquipment NumberLocation Fresenius 1043649 4T0S127582 2008T21Dialysis Fresenius 1043650 4T0S127602 2008T18Dialysis Fresenius 1043651 4T0S1275702008T9Dialysis Fresenius 1043652 4T0S1275982008T1Dialysis Fresenius 1043653 4T0S1276002008T11Dialysis Fresenius 1043654 4T0S127567 2008T8Dialysis Fresenius 1043655 4T0S127563 2008T19Dialysis Fresenius 1043656 4T0S1276162008T2Dialysis Fresenius 1043657 4T0S127609 2008T7Dialysis Fresenius 1043658 4T0S127558 2008T14Dialysis Fresenius 1043659 4T0S127619 2008T3Dialysis Fresenius 1043660 4T0S127584 2008T10Dialysis Fresenius 1043661 4T0S127559 2008T4Dialysis Fresenius 1043662 4T0S127586 2008T12Dialysis Fresenius 1043663 4T0S127577 2008T20Dialysis Fresenius 1043664 4T0S127583 2008T15Dialysis Fresenius 1034932 2KOS175873 2008K25Dialysis Fresenius 1034933 2K0S175852 2008K26Dialysis Fresenius 1041367 3K0S186903 2008K217Dialysis Fresenius 1041368 3K0S185171 2008K216Dialysis 3. PERIOD OF PERFORMANCE: Base Oct 1, 2014-Oct 31, 2014 4. PLACE OF PERFORMANCE: Bldg 100, WJBDMC 5. DAYS AND HOURS OF OPERATION: Monday - Friday, 8:00 a.m. to 4:30 p.m. excluding federal holidays. 6. EQUIPMENT DESCRIPTION: Site # or Serial #System Name Dialysis Machines Model:2008T and K2 7. PERFORMANCE REQUIREMENTS: a.The Contractor will furnish all necessary supplies/parts, manuals and schematic drawings necessary to perform scheduled semiannual preventive maintenance service, on the listed Dialysis Equipment. b.Contract to include all major and minor parts, supplies necessary for repair and maintenance. Contractor shall have access and readily available manufacturer's replacement parts. c.Preventive maintenance will be done during normal working hours, Monday through Friday, 8:00 A.M. to 4:30 P.M. excluding Federal Holidays. d.The Contractor will contact the COTR by phone (803) 776-4000, ext. 7583, to arrange for all services on this station. e.Scheduled preventive maintenance cycles must be completed within month of Oct 2014. f.The Contractor will contact or be contacted by the Chief, Biomedical Engineer, Room LC143, at telephone (803) 776-4000 ext 7583, to arrange for all services, in addition to signing in, the contracting personnel will identify himself to Biomedical Administrator/Technician before proceeding to the job site. g.The equipment manufacturers recommended service and preventive maintenance procedures and schedules. h.The medical utilization of the instrument. i. Performance verification will be required at the conclusion of every preventive maintenance and emergency repair event. This verification procedure may include performance testing for accuracy and precision of the instrument. If any procedures were performed that would in any way affect the calibration status of the instrument, the results of performance testing must conform to established performance criteria for the instrument. j.Preventive maintenance schedule (PMI) shall be on semi-annual basis k.Each maintenance will include inspection for internal and/or external causes of medical and electronic problems, including: l.Wear, misalignment, maladjustment, damage or other malfunctions with respect to the manufacturer specifications. m.Inspection for electrical safety and fire hazards. n.Cleaning and lubrication of equipment as required. o.Repair or replacement of all defective components necessary to conform to instrument specifications. p.Calibration or standardization of instruments required. q.Testing for proper operation of entire system and subsections. r.Document proper function and performance of instrument. s.Contractor will have necessary equipment, parts and supplies on site. For scheduled maintenance service, the Contractor must have all necessary equipment, parts and supplies on site at the start of the service call. t.Only new standard parts shall be furnished by the Contractor in effecting repairs or PM. Parts supplied by the Contractor, or in special cases by the Biomedical Engineer, will be installed by the Contractor. u.Parts that must be replaced for maintenance objectives shall carry standard commercial warranties of ninety (90) days. Likewise, the repair work itself will carry at least ninety- (90) day's warranty. 1.All parts replaced will be identified by part number as shown on the schematics/parts list. Actual cost of parts will be placed on service report, but will be billed as a no charge item on Contractor's invoice. All parts replaced, shall be new/exchange replacement parts, as suggested by the original manufacturer. 2.If performance does not conform to the contract specification, the Government will require the Contractor to perform the service again in order to conform to contract specifications, at no increase in the contract cost. When the defects in service cannot be corrected by re-performance, the Government may: 3.Require the Contractor to call in a certified technical expert on the listed instrument. 4.Specifically require the Contractor to call in a senior technical engineer from the manufacturer. 5.Repeated malfunctions of any systems component or subsection for more then five times within one month will not be tolerated. The Contractor is responsible for repairing all faulty equipment and identifying the nature and cause if repeated failures. The Contractor in this situation must either: 6.Make repairs such that the identified problems are corrected to the extent that repeated failures are eliminated 7.Prove that the equipment is not faulty and that an external cause for the problem exists with recommendations for resolution. 8.Hire an outside expert, Biomedical Engineering's prior approval and at the Contractor's expense, to make all the necessary diagnosis and repairs. 9.After each service-call, a service report containing the following information shall be provided: (a)Date and total hours of service. (b)Parts installed (part # and part costs). (c)Safety checks. (d)Performance data. (e)Service comments or remarks. (f)List of test equipment used with serial numbers. 8. CONTRACT PERFORMANCE MONITORING: The government reserves the right to monitor services in accordance with Performance Based Matrix. 9. INVOICES: Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the Contracting Officer's Technical Representative (COTR), and submitted to VA FSC, P. O. BOX 149971, AUSTIN, TX 78714. A properly prepared invoice will contain: oInvoice Number and Date oContractor's Name and Address oAccurate Purchase Order Number oSupply or Service provided oTotal amount due 10. Records Management Language for Contracts The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: a.Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. b.Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. c.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. d.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. e.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. f.The Government Agency owns the rights to all data/records produced as part of this contract. g.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. h.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. i.No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. j.Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24715R0035/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-R-0035 VA247-15-R-0035_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1688248&FileName=VA247-15-R-0035-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1688248&FileName=VA247-15-R-0035-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: SAME AS CONTRACTING OFFICE LOCATION
Zip Code: 29209
 
Record
SN03553811-W 20141022/141020234032-fde3f6b5881eedb0dfb884c2eed1273c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.